Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
SOURCES SOUGHT

Z -- Site Utility Loop

Notice Date
12/18/2017
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738, United States
 
ZIP Code
20892-5738
 
Solicitation Number
NIH-FY18-NC-PIPING
 
Archive Date
1/23/2018
 
Point of Contact
Daniel F. Burk, Phone: 919-541-5763
 
E-Mail Address
daniel.burk@nih.gov
(daniel.burk@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE REPRESENTING MARKET RESEARCH ONLY. THIS IS NOT A REQUEST FOR QUOTATIONS, INVITATION FOR BIDS, OR REQUEST FOR PROPOSALS. NO CONTRACT AWARD WILL RESULT FROM THIS SOURCES SOUGHT NOTICE. The National Institutes of Health is conducting market research to determine the availability of all sources with current relevant qualifications, experience, personnel, and capability to perform the requirements for this proposed project as detailed below. The scope of the proposed project includes replacement of underground piping at the National Institutes of Environmental Health Sciences (NIEHS) campus located in Research Triangle Park (RTP), North Carolina as follows: 1. Installation and testing of a new one (1) mile long, direct buried pre-insulated steel High Temperature Hot Water Piping system (operating at 400F and 350psig). 2. Installation and testing of a new one (1) mile long, direct buried pre-insulated Ductile Iron Chilled Water Piping system (operating at 42F and 65psig). 3. Connection of new systems to the existing utility plant and building locations served. 4. Removal of existing underground piping in way of new installations. 5. Phasing of work to maintain High Temperature Hot Water and Chilled Water service, campus access to include traffic control throughout construction. The anticipated period of performance of the resultant contract will be 18 months. The estimated cost of construction for this project is between $15 million and $25 million. For market research purposes the applicable North American industry Classification System (NAICS) Codes are 237110, 237120, and 237990 (depending on how previous applicable projects were classified) all with a small business size standard of $36.5 million. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1. A detailed description and references for a minimum of three (3) to a maximum of five (5) projects that meet the specific capabilities listed below: A Projects completed as a prime contractor that demonstrate the capability to construct systems that consist of one (1) or more miles of direct buried Chilled Water and HTHW and/or Steam piping. Projects must demonstrate the use of ANSI/ASME B31.1 certified welders and inspectors and at least one of the following elements: 1. Removal and appropriate closure of existing underground pipe systems. 2. Installation of direct buried pre-insulated distribution piping systems. 3. Phasing construction to maintain utility operations. B Project values must be $5M or greater. C Projects must have been completed within the last ten (10) years. 2. Each project description shall include, as applicable, contract numbers, project titles and detailed description, original and final award amount, original and final project completion dates, performance ratings, and evidence of the specific capabilities listed above. Each reference shall include the point of contact for the Government/company for which the work was performed, organization name, title, and current telephone number. 3. Contractors shall provide evidence of sufficient available bonding capacity. Evidence shall include the maximum bonding capacity per project, maximum aggregate bonding capacity, name of respective bonding company, telephone number, and point of contact at the respective bonding company. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather statements regarding the company's ability to demonstrate existing expertise and experience in relation to the work specified herein. Interested sources are discouraged from providing information (commercial brochures/marketing material/standard Capabilities Statement) that is not tailored to this specific requirement. While the Government will review all information provided, if the information does not address the scope identified above the Government will make the determination that your firm cannot meet this requirement for market research purposes. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Any small business prime contractor will be required to meet the requirements of FAR Clause 52.219-14, Limitations on Subcontracting, in that "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." The provided Capability Statement shall demonstrate your firm's current in-house capability and capacity to meet this requirement. If it does not address this specifically, the Government will make the determination that your firm cannot meet this requirement for market research purposes. Capability Statements are due by close of business on January 8, 2018. The Capability Statement must reference Sources Sought Number NIH-FY18-NC-PIPING. All responsible sources may submit a Capability Statement. Those Capability Statements received by the date identified above will be considered by the agency in conducting market research. Capability Statements must be submitted via e-mail only to daniel.burk@nih.gov. Faxed or postal mailed copies will not be accepted. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in responses. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to any resultant solicitation. No proprietary, classified, confidential, or sensitive information shall be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIH-FY18-NC-PIPING/listing.html)
 
Place of Performance
Address: 111 T.W. Alexander Drive, Research Triangle Park, North Carolina, 27709, United States
Zip Code: 27709
 
Record
SN04769376-W 20171220/171218230814-93da37883f5824c181e49cf5c60a52fc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.